Notice Information
Notice Title
Gloucestershire Community Drug & Alcohol Recovery Service
Notice Description
The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT. The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs). We expect potential contractors to meet a number of minimum standards, detailed in the ITT. We advise all interested contractors to read the entire ITT and all documents referenced or linked to within the ITT carefully, to inform themselves about the opportunity and whether they would be interested in submitting a response. Deadline for submitting a tender response: 3rd July 2023 10am. Please login to Procontract via www.supplyingthesouthwest.org.uk and register your interest in the opportunity. You will then be issued a confidentiality agreement which needs to be completed and sent via ProContract, in order to access the ITT documents. All questions related to this contract should be sent using the discussions function which will be available once you have logged in and registered your interest.
Lot Information
Lot 1
The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT. The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs). This contract is for an initial 5 year term with 2 optional 2 year extensions. For the avoidance of doubt the estimated contract budget of PS58m published in the ITT is for the maximum term of 9 years. Bidders are requested to read all ITT documents carefully prior to completion and submission.
Options: This contract is for an initial 5 year term with 2 optional 2 year extensions. For the avoidance of doubt the estimated contract budget of PS58m published in the ITT is for the maximum term of 9 years. Bidders are requested to read all ITT documents carefully prior to completion and submission.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03cdf3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014372-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £58,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 May 20232 years ago
- Submission Deadline
- 3 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLOUCESTERSHIRE COUNTY COUNCIL
- Contact Name
- Strategic Procurement
- Contact Email
- commercialservicescentralmailbox@gloucestershire.gov.uk
- Contact Phone
- +44 1452426238
Buyer Location
- Locality
- GLOUCESTER
- Postcode
- GL1 2TH
- Post Town
- Gloucester
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK73 Gloucestershire CC
- Delivery Location
- TLK13 Gloucestershire CC
-
- Local Authority
- Gloucester
- Electoral Ward
- Westgate
- Westminster Constituency
- Gloucester
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03cdf3-2023-05-19T15:02:46+01:00",
"date": "2023-05-19T15:02:46+01:00",
"ocid": "ocds-h6vhtk-03cdf3",
"initiationType": "tender",
"tender": {
"id": "DN594565",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Gloucestershire Community Drug & Alcohol Recovery Service",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT. The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs). We expect potential contractors to meet a number of minimum standards, detailed in the ITT. We advise all interested contractors to read the entire ITT and all documents referenced or linked to within the ITT carefully, to inform themselves about the opportunity and whether they would be interested in submitting a response. Deadline for submitting a tender response: 3rd July 2023 10am. Please login to Procontract via www.supplyingthesouthwest.org.uk and register your interest in the opportunity. You will then be issued a confidentiality agreement which needs to be completed and sent via ProContract, in order to access the ITT documents. All questions related to this contract should be sent using the discussions function which will be available once you have logged in and registered your interest.",
"value": {
"amount": 58000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT. The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs). This contract is for an initial 5 year term with 2 optional 2 year extensions. For the avoidance of doubt the estimated contract budget of PS58m published in the ITT is for the maximum term of 9 years. Bidders are requested to read all ITT documents carefully prior to completion and submission.",
"contractPeriod": {
"durationInDays": 3240
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This contract is for an initial 5 year term with 2 optional 2 year extensions. For the avoidance of doubt the estimated contract budget of PS58m published in the ITT is for the maximum term of 9 years. Bidders are requested to read all ITT documents carefully prior to completion and submission."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK13"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=70369dea-5050-ed11-811a-005056b64545",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-07-03T10:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-07-03T10:00:00+01:00"
},
"bidOpening": {
"date": "2023-07-03T10:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-24838",
"name": "Gloucestershire County Council",
"identifier": {
"legalName": "Gloucestershire County Council"
},
"address": {
"streetAddress": "Shire Hall",
"locality": "Gloucester",
"region": "UKK13",
"postalCode": "GL1 2TH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Strategic Procurement",
"telephone": "+44 1452426238",
"email": "commercialservicescentralmailbox@gloucestershire.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=70369dea-5050-ed11-811a-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gloucestershire.gov.uk",
"buyerProfile": "https://www.gloucestershire.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-3499",
"name": "Gloucestershire County Council",
"identifier": {
"legalName": "Gloucestershire County Council"
},
"address": {
"locality": "Gloucester",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.Gloucestershire.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-24838",
"name": "Gloucestershire County Council"
},
"language": "en"
}